Uninterrupted Power Supply Maintenance and Repair Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Engraving and Printing (BEP) requires Uninterrupted Power Supply (UPS) Maintenance and Repair Services for its Washington D.C. facility. This opportunity is set aside for Total Small Business concerns. The contract aims to ensure the operational readiness of five critical UPS units, including backup batteries and charger equipment. Quotations are due by March 16, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide comprehensive services including:
- Preventive Maintenance and Inspection Services: Scheduled maintenance, testing, calibration, and reporting for Government-furnished UPS systems, performed twice annually.
- Emergency Services: As-needed support for unplanned UPS outages, covering response, diagnosis, and system stabilization (labor only).
- Repairs and Materials: Authorized corrective repairs and necessary parts (excluding battery replacement) to restore UPS systems to full operational condition, including labor and OEM or COR-approved parts.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: One (1) Base Year of 12 months, plus four (4) 12-month Option Years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Questions Due: March 10, 2026, 12:00 Noon EST.
- Quotations Due: March 16, 2026, 11:00 AM EST.
- Published Date: March 6, 2026.
- Place of Performance: Washington, DC 20228, United States.
Evaluation & Key Requirements
Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Technical acceptability will be evaluated first, followed by price. Bidders must:
- Be currently registered in the System for Award Management (SAM).
- Submit an Initial Staffing Plan (Attachment 1) as a mandatory part of their technical proposal, detailing proposed workforce for all contract periods.
- Comply with EHS Contractor Requirements (Attachment 3) for the BEP Washington DC Facility, covering extensive safety, health, and environmental protocols.
- Adhere to Service Contract Act Wage Determination #2015-4281, Revision #35, ensuring proposed wages and benefits meet minimums for specified occupations and geographic areas.
- Understand the Quality Assurance Surveillance Plan (QASP) (Attachment 4), which outlines government surveillance methods and performance evaluation criteria.
- Post-award, submit Monthly Workforce Reports (Attachment 2) certifying that the small business prime and similarly situated subcontractors collectively perform at least 51% of the total contract cost for personnel.
- Personnel will require a low-level BEP security clearance.
Contact Information
For inquiries, contact Lasonia Brown at lasonia.brown@bep.gov.